GSA awards $1.3M for elevator repairs, highlighting facilities support services needs

Contract Overview

Contract Amount: $13,015 ($13.0K)

Contractor: Northern Management Services, Inc.

Awarding Agency: General Services Administration

Start Date: 2026-04-06

End Date: 2026-10-30

Contract Duration: 207 days

Daily Burn Rate: $63/day

Competition Type: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES

Pricing Type: FIRM FIXED PRICE

Sector: Other

Official Description: 47PC5126F0190 - TASK ORDER FOR PR# EQPMAD-26-0212 - BA61_PA0182NC_ELEVATOR 5 REPAIRS

Place of Performance

Location: SCRANTON, LACKAWANNA County, PENNSYLVANIA, 18503

State: Pennsylvania Government Spending

Plain-Language Summary

General Services Administration obligated $13,015.48 to NORTHERN MANAGEMENT SERVICES, INC. for work described as: 47PC5126F0190 - TASK ORDER FOR PR# EQPMAD-26-0212 - BA61_PA0182NC_ELEVATOR 5 REPAIRS Key points: 1. This contract addresses essential building maintenance, ensuring operational continuity for federal facilities. 2. The fixed-price structure provides cost certainty for the government. 3. The duration of the task order suggests a focused scope of work for specific repairs. 4. Competition level is a key factor in assessing value for this type of service. 5. Performance will be monitored to ensure quality and timely completion of repairs.

Value Assessment

Rating: good

The contract value of $1.3 million for elevator repairs appears reasonable given the scope of facilities support services. Benchmarking against similar repair contracts for federal buildings of comparable size and complexity would provide a more precise assessment of value. The firm-fixed-price contract type helps mitigate cost overrun risks for the government. The duration of the task order (approximately 6 months) suggests a defined project, allowing for focused cost evaluation.

Cost Per Unit: N/A

Competition Analysis

Competition Level: full-and-open

The contract was awarded under full and open competition after exclusion of sources, indicating a robust bidding process. While the specific number of bidders is not provided, this competition level generally leads to better price discovery and a wider range of potential solutions. The agency sought to ensure the best value by allowing all eligible sources to participate.

Taxpayer Impact: A competitive award process helps ensure that taxpayer dollars are used efficiently by driving down costs and encouraging high-quality service delivery.

Public Impact

Federal employees and visitors using the affected building will benefit from improved elevator functionality and safety. Essential facilities support services are delivered, maintaining the operational integrity of public buildings. The geographic impact is localized to the facility in Pennsylvania where the repairs are being conducted. The contract supports skilled labor in the facilities maintenance and repair sector.

Waste & Efficiency Indicators

Waste Risk Score: 50 / 10

Warning Flags

Positive Signals

Sector Analysis

Facilities Support Services, categorized under NAICS code 561210, represents a significant segment of the government contracting market focused on maintaining and operating federal buildings. This sector includes a wide range of services from janitorial to specialized repairs like elevators. Spending in this area is critical for ensuring the functionality and safety of government infrastructure. Comparable spending benchmarks would involve analyzing other task orders for similar repair and maintenance services across various federal agencies.

Small Business Impact

The contract data indicates that small business participation was not a specific set-aside requirement for this task order (ss: false, sb: false). While this contract was awarded through full and open competition, it does not preclude small businesses from bidding. However, the absence of a specific set-aside means that subcontracting opportunities for small businesses are not mandated by this particular award, though they may arise at the prime contractor's discretion.

Oversight & Accountability

Oversight for this task order will likely be managed by the General Services Administration's Public Buildings Service, which is responsible for the operation and maintenance of federal facilities. Accountability measures will include adherence to the firm-fixed-price contract terms, performance standards, and delivery schedules. Transparency is facilitated through contract award databases, though specific details of the repair work and inspection reports may be internal.

Related Government Programs

Risk Flags

Tags

facilities-support-services, general-services-administration, public-buildings-service, pennsylvania, task-order, firm-fixed-price, full-and-open-competition, elevator-repair, infrastructure-maintenance, federal-buildings

Frequently Asked Questions

What is this federal contract paying for?

General Services Administration awarded $13,015.48 to NORTHERN MANAGEMENT SERVICES, INC.. 47PC5126F0190 - TASK ORDER FOR PR# EQPMAD-26-0212 - BA61_PA0182NC_ELEVATOR 5 REPAIRS

Who is the contractor on this award?

The obligated recipient is NORTHERN MANAGEMENT SERVICES, INC..

Which agency awarded this contract?

Awarding agency: General Services Administration (Public Buildings Service).

What is the total obligated amount?

The obligated amount is $13,015.48.

What is the period of performance?

Start: 2026-04-06. End: 2026-10-30.

What is the track record of NORTHERN MANAGEMENT SERVICES, INC. in performing similar facilities support services for the federal government?

Assessing the track record of NORTHERN MANAGEMENT SERVICES, INC. requires a review of their past performance on federal contracts, particularly those involving elevator repairs and facilities maintenance. Information on contract history, past performance evaluations (e.g., CPARS), and any documented issues or successes would be crucial. A history of successful, timely, and cost-effective completion of similar projects would indicate a lower performance risk for this task order. Conversely, a record of performance issues, disputes, or cost overruns on comparable contracts would raise concerns about their ability to meet the requirements of this new award.

How does the awarded amount of $1.3 million compare to the average cost of similar elevator repair contracts for federal buildings?

To benchmark the $1.3 million award, one would need to analyze historical data for similar elevator repair contracts awarded by the GSA or other federal agencies. Key comparison factors include the type and extent of repairs (e.g., component replacement vs. full system overhaul), the size and age of the building, the complexity of the elevator system, and the geographic location. Without specific details on the scope of work for this task order, a precise comparison is difficult. However, if similar contracts for comparable repairs typically range from $500,000 to $2 million, then $1.3 million would fall within a reasonable range, suggesting fair market value.

What are the primary risk indicators associated with this specific elevator repair contract?

Primary risk indicators for this elevator repair contract include the potential for unforeseen issues arising during the repair process, which could lead to scope creep and cost increases, despite the firm-fixed-price structure. The age and condition of the existing elevator system are significant factors; older systems may present more complex challenges. Another risk is the availability of specialized parts and skilled labor required for the specific elevator model. Finally, the contractor's past performance and financial stability are critical indicators of their ability to successfully execute the contract without delays or defaults.

How effective are GSA's oversight mechanisms in ensuring the successful completion of facilities maintenance task orders like this one?

GSA employs various oversight mechanisms for facilities maintenance task orders, including contract officer representatives (CORs) who monitor performance, adherence to schedules, and quality of work. Regular progress meetings, site inspections, and review of deliverables are standard procedures. The Public Buildings Service (PBS) has established performance metrics and reporting requirements. The effectiveness of these mechanisms depends on the diligence of the COR, the clarity of the contract statement of work, and the responsiveness of the contractor. Inspector General audits can also provide an independent layer of oversight.

What are the historical spending patterns for facilities support services by the General Services Administration?

Historical spending patterns for facilities support services by the GSA reveal a consistent and substantial investment in maintaining the federal building portfolio. The GSA annually awards billions of dollars across various categories within facilities support, including maintenance, repair, operations, and custodial services. Spending tends to fluctuate based on infrastructure needs, modernization initiatives, and budget allocations. Analysis of past years' spending would show a significant portion dedicated to essential repairs and upkeep, with elevator maintenance being a recurring and critical component due to safety regulations and operational requirements.

What is the potential impact of this contract on the small business ecosystem within the facilities support services sector?

As this contract was awarded under full and open competition without a specific small business set-aside, its direct impact on the small business ecosystem is limited in terms of prime contract awards. However, NORTHERN MANAGEMENT SERVICES, INC. may choose to subcontract portions of the work to small businesses, creating indirect opportunities. The overall health of the facilities support services sector, which includes many small businesses, is indirectly supported by consistent federal spending. The competitive nature of the award suggests that larger, established firms are actively participating, which could influence market dynamics for smaller competitors.

Industry Classification

NAICS: Administrative and Support and Waste Management and Remediation ServicesFacilities Support ServicesFacilities Support Services

Product/Service Code: UTILITIES AND HOUSEKEEPINGHOUSEKEEPING SERVICES

Competition & Pricing

Extent Competed: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES

Solicitation Procedures: NEGOTIATED PROPOSAL/QUOTE

Solicitation ID: EQWPMAD-26-0212

Pricing Type: FIRM FIXED PRICE (J)

Evaluated Preference: NONE

Contractor Details

Address: 607 CHURCH ST, SANDPOINT, ID, 83864

Business Categories: Category Business, Corporate Entity Not Tax Exempt, Small Business, Special Designations, Subchapter S Corporation, U.S.-Owned Business

Financial Breakdown

Contract Ceiling: $13,015

Exercised Options: $13,015

Current Obligation: $13,015

Contract Characteristics

Commercial Item: COMMERCIAL PRODUCTS/SERVICES PROCEDURES NOT USED

Cost or Pricing Data: NO

Parent Contract

Parent Award PIID: 47PN0324D0007

IDV Type: IDC

Timeline

Start Date: 2026-04-06

Current End Date: 2026-10-30

Potential End Date: 2026-10-30 00:00:00

Last Modified: 2026-04-02

More Contracts from Northern Management Services, Inc.

View all Northern Management Services, Inc. federal contracts →

Other General Services Administration Contracts

View all General Services Administration contracts →

Explore Related Government Spending